Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2026 SAM #8842
SOURCES SOUGHT

Y -- B3-Fourth Floor PACT Renovation Project # 659-26-800

Notice Date
2/8/2026 3:23:52 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24626R0031
 
Response Due
2/13/2026 7:00:00 AM
 
Archive Date
05/23/2026
 
Point of Contact
Sean Cosby (CO) Vangie Miller (BC), Contracting Team:, Phone: Vangie.Miller@va.gov, Fax: No telephone/fax inquiries accepted.
 
E-Mail Address
Sean.Cosby@va.gov
(Sean.Cosby@va.gov)
 
Awardee
null
 
Description
Page 4 of 4 In accordance with Federal Acquisition Regulation (FAR) Overhaul Part 10.000, this is a Sources Sought Notice Only. This notice does not constitute a request for proposal (RFP), request for quote (RFQ), or an invitation for bid (IFB) as an offer to negotiate or as an obligation on the part of the Department of Veterans Affairs. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. Responses are strictly voluntary. Purpose: Salisbury VA Medical Center in Salisbury, NC | B3-Fourth Floor PACT Renovation | Project # 659-26-800 Scope of Work: Provide all labor, materials, tools and equipment, and design-build services necessary for the design and construction of a project described here: Sections A & C of the floor plan, approximately 2,890 SF, will require no wall demolition. These sections will receive a fresh coat of paint, a new ceiling grid, new ceiling tiles, and new LVT flooring. Sections D, E, & G of the floor plan, approximately 3,780 SF, will require light demolition of metal stud and gypsum walls. Sections D & G will remain open spaces after demo to be utilized as Teams Areas. They will receive a new ceiling grid, new ceiling tiles, and new carpet. Section E will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. This section will receive a new ceiling grid, new ceiling tiles, and either new carpet or LVT, depending on designed usage. Section F, approximately 1,000 SF, will require no wall demolition. This section will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. It will receive a new ceiling grid, new ceiling tiles, and either new carpet or LVT, depending on designed usage. Section B, approximately 12,465 SF, will require heavy demolition of CMU walls separating rooms. The corridor walls will remain and receive ΒΌ laminate drywall. This section will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. It will receive a new ceiling grid, new ceiling tiles, and new LVT. All sections will receive new Fan Coil Units with associated piping. All existing VCT flooring used asbestos containing material for mastic. This will need to be abated. All hydronic piping used asbestos insulation which will also need abated. As a general reference, the following trades can/should be utilized for the construction portion of the contract: Demolition/Asbestos abatement, plumbing, HVAC, electrical, low-voltage, fire protection, life safety, painting, carpentry, mill work, flooring, data, and physical security. Small Business Requirements: For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those companies that are identified as large businesses. Review of responses to this notice will support later determination of acquisition strategy and set-aside requirements if a solicitation becomes available. Pursuant to 38 U.S.C. 8127(d), acquisitions will be set-aside for SDVOSBs or VOSBs, registered in the SBA VetCert database, whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified companies prove inadequate, an alternate set-aside or full and open competition may be considered. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. This is a Design-Build project. VAAR 836.204| Disclosure of the magnitude of construction projects. Between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $45.0 million. The duration of the project is currently estimated at 360 calendar days from the issuance of a Notice to Proceed (NTP). However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This solicitation is anticipated to be a Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. In accordance with Public Law 109-461 and VAAR 819.7003 (b), offerors must be registered and certified in the SBA Certification database as a SDVOSB. Only offers from certified SDVOSBs in the SBA database at the time of offer shall be deemed eligible for award. RESPONSE REQUESTED: The Department of Veterans Affairs is conducting market research to identify Design-Build firms capable of renovating the 4th floor of Building 3 into a Primary Care Unit at the Salisbury VA Medical Center. This is market research only and does not constitute a solicitation. Interested firms should provide: Company name, address, UEI/DUNS, and point of contact. Evidence of experience with similar healthcare renovation projects, including: Contract numbers Project descriptions Total contract value Completion dates Indicate business size (Small Business, SDVOSB, VOSB, etc.) under NAICS 236220. All interested parties should respond via email only. Please submit your information via email to Contracting Team: Contracting Officer - Sean Cosby: Sean.Cosby@va.gov Branch Chief - Vangie Miller: Vangie.Miller@va.gov. No telephone inquiries will be accepted. Your response is requested by Friday, February 13, 2026, at 10:00 AM EST. Please do not include advertising or promotional materials.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e2a6229b907445749a6066892d80d41a/view)
 
Place of Performance
Address: W.G. Hefner Medical Center Salisbury VA Medical Center 1600 Brenner Ave, Salisbury, NC 28144, USA
Zip Code: 28144
Country: USA
 
Record
SN07709096-F 20260210/260208230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.